Loading...
HomeMy WebLinkAboutC2005-206 - 4/19/2005 - ApprovedI I I I I I i I I SPECI SPE FORMS OF C AL PROVIS C I F I CAT I ON S AND ONTRACTS FOR 2005-0206 04/~9/05 M2005-115 Garretl Construction Company IONS AND BONDS COUNTY ROAD 52 (EAST) IMPROV~%~ENTS_ { BASS & WELSH ENGINEERING 3054 S. ALAMEDA CORPUS CHRISTI, TEXANS 78404 Phone: (361)882-5521 Fax: (361)882-1265 I i I I I I I I I PROJECT NO: 6257 IDRAWING NO: STR 764 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, T~XAS Phone: 361/880 3500 Fax: 361/880 3501 _---- m---'- Christi I ADDENDUM NO. 2 March 25, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: COUNTY ROAD 52 (EAST) IMPROVEMENTS PROJECT NO: 6257 Prospective bidders are hereby notified et the [011owing modifications 1o the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum sha~l remain unchanged. I. PART A - SPECIAL PROVISIONS A. ADD: NEW PARAGRAPH A-54 ELECTRONIC BID SUBMrrTAL The following paragraph modifies Paragraph B-2-7-Preparafion of Proposal, of the Gensral Provisions: The bidder has the option of submitting a computer~enerated print-out. In lieu of, the Proposal (SHEETS: I THROUGH 9, INCLUSIVE). The print-out will list all bid items (tncludlng any additive or deductive alternates) contained on Proposal Sheets (SHEETS: 3, 4. 5 AND 6 OF 9). The print-out will be substantially In the form attached to this addendum as Attachment No. 1. The Contractor's print-out shall be accomloanied by property completed proposal i~aqes 1, 2, 7, B AND 9. In addition, the print-out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print-out I=or bid Items (Including any additive or deductive alternates) contained in this proposal are the unit prices Intended and that Its bid will be tabulated usthf~ these unit prices and no other Information from this pdnt-ouL (Contractor) acknowledges and agrees that the Total Btd Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount witl be determined by multiplying the unit bid price (Column IV) shown in this print-out by the resloective estimated quantities shown In the Proposal (Column II) and then totaling the extended arnoqn~. (Signature) (Trde) (Date) ADDENDUM NO. 2 Page 1 of 2 'r3'. III. PROPOSAL FORM DELETE: Sheet 3 of 9, of Ihe current Proposal Form, in its entirely. ADD: ~ls~ sheet 3 of 9 {see Attachment No. 2), in lieu thereof. Please make the appropdate substitution. DRAWINGS A. SHEET 3 OF 18, PLAN & PROFILE - ROAD CLARIFICATION: Driveway shown shall be constructed in accordance with Detail (C), Commercial Driveway, as shown on SHEET 13 of 18, "DRIVEWAY DETAILS". B. SHEET 9 OF 18, DETAILS CLARIFICA'nON: Detail 6, RIpRap. The elevatJon view does not show any transverse reinforcing. Reinforcing shall be as stated In the notes for that detail: 'iff3 Bars ~ 12" O.C. Both Ways. Please acknowledge receipt of this addendum In the appropriate place In your PROPOSAL FORM. END OF ADDENDUM W*.' ~.: ...... ;~;::~ ...... :.~&~ Angel R. Eschar, P. E. ~- ~¢ .z~ Director of Engin~ring Se~ices A~achments: No. 1, Sample Computer Pdnt~ut No. 2. bEVlSE~ sh~t 3 of 9, ~ro~os;I Fo~ I ADDENDUM NO. 2 [ Page 2 of 2 Al :~'/,475 SY 5.O33 SY 6" ~ STBL Salvasu IV V Sul>.Tmal Ba~: Bid 'D" li~ms gUnm D I -D21) Sub-To,,~i ~ Bkl "A" ~ $ Sub-Tu~l Bash Bki "B' I~: ~S Sub-ToUd Bas~ Bid."C- I~'-,-~: { Sub..To~l B~e Bkl "D" [~: $ T,~! B~ Bid Imm: S ITE~ / UNIT IN FIGURES ~CAV~TION, complete in place per square yard V BID ITEM E~TENSION (QTy X UNIT PPJCE IN FIGURES) ~,000 Sd square yard pRIME COAT, c~plete in place per gallon 2" }{MAC WEARING SU~FACE, TYPE D, c~lete in place per square yard 6" CONCRETE CL~qB & ~JTTER, co,plate in pla(m per linear foot 6" CONCRETE DB~VE~Y, complete in plmce per square foot GEO~RID, complete in place per square yard BARRICADE, complete in place per each $ STRIPIRG, cumplete per square foot A/3. i EA TRAFFIC CONTROL, co~lete per lU~ OZO~ ~AY, oo~olete per eaoh TOTkL - STREET IMPROVEMENT IT'S (Al-A13): $ ADDENDUM NO. l Attachment No. 2 Page 1 of i t_,orpus March 23, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: COUNTY ROAD 52 (EAST) IMPROVEMENTS PROJECT NO: 6257 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. PART A - SPECIAL PROVISIONS PARAGRAPH A-l, TIME ARD PLACE OF RECEIVING PROPOSALS/PRE-BID MEETING AND NOTICE TO BIDDERS Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed from Wednesday, March 23, 2005 at 2;00 p.m., to Wednesday, March 30, 2005 at 2:00 p.m., Location and Time of Bidding shall remain unchanged. Addendum No. 2 will follow in 2-3 days and will address revisions I to quantities for subgrade, base, geogrid and driveways. Please acknowledge receipt of this your PROPOSAL FORM. END OF ADDENDUM #1 addendum in the appropriate place in ARE/rs · Escobar, P.E. Director of Engineering Services Engineering Service~ P.O. Box 9277 · Corpus Christi, Texas 78489-9277 · (512) 880-3600 ADDENDUM NO- 1 Page I of i SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR COUI~Y ROAD 52 (EAST) IM~ROV~NTS { BASS & WELSH ENGINEERING 3054 S_ ALAMEDA CORPUS CHRISTI, TEX3~S 78404 Phone= (361)882-5521 Fax: (361)882-1265 IPROJECT NO~ 6257 IDRAWING NO= STR 764 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEKAS Phone~ 361/~fl0-3500 Fax: 361/880 3501 030 - 038 CONC~ETE, GRO{3T 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050 MET;tLS 055420 Frames, Grates, Rings & Covers LIST OF DRAWINOS DP. AWING TITLE Title Sheet Quantities and Notes Plan & Profile - Road Plan & Profile 36" Storm Water Line Plan & Profile - 15" Storm Water Line Striping Plan Storm Water Pollution Prevention Plan Storm Water Pollution Prevention Plan Specifications Details Storm Details Storm Details Driveways Details Driveways Details City Water Details City Water Details City Water Details City Water Details City Water Details SHEET NO. 2 3 4 $ 6 7 8 9 12 13 15 NOTICE PROPOSltL/DISCLOSUP~E STATEMENT PAI94~NT BOND (Revised 7/5/00} COUNTY ROAD 52 (EAST) IM~ROlrEM~q~TS Table of Contents NOTICE TO BIDDERS NOTICE TO CONTP~ACTORS - A Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage For Building or Const/~action Projects For Government Entities PART A - SPECIAL PROVISIONS A 1 Time and Place of Receiving Proposals/Pre Bid Meeting A 2 Definitions and Abbreviations A 3 Description of Project A 4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages k-7 Workers CoMpensation Insurance Cover~g~ A-S Faxed Proposals A-9 Acknowledgment of Addenda A 10 Wage Rates (Revised 7/5/00) A-ll Cooperation with Public Agencies (Revised 7/5/00) A 12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A 16 Disposal/Salvage o~ Materials A 17 Ficld Officc (NOT USED) A %B Schedule and Sequence of Construction A 19 Construction Staking A 20 Testing and Certification A 21 P~ojcct gigns (NOT USED) A-22 Minority/Minority Business Entel~rise Participation Policy (Revised 10/98) A 23 Inspcction Rccfuircd (Rcvi0cd 7/5/00 (NOT USED) A 24 Surety Bonds A 25 Ealcs Ta~ gxcmpticn NO LOGGER A~PLICJ~BLE (6/11/9Sl A 26 Supplemental Insurance Requirements A 27 Rcsponsibility for Damagc Claimo (NOT UCED) A 28 Considerations for Contract Award and Execution A 29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A 31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A 33 Conditions of Work A 34 Precedence of Contract Documents A 35 City Watcr Facilitic~ Spccial Rcquircmcnts (NOT USED) A 36 Other Submittals IRevised 9/18/00) A 37 ~anended "Arrangement and Charge ~or Water Furnished by the City" A 38 Workcr'o Compcnoation Covcragc for Building or Conmtruction ProJcct9 Cowcrnmcnt ~ntitic~ (NOT A 09 Ccrtificata of Occupancy and Final Acccptancc A-40 AJ~endment to Section B-8 6: Partial Estimates A 41 Ozone Advisory 'A-42 OSH3% Rules & Regulations A-43 Amended Inde~tnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A 45 A~-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A 97 Pfc Conot~ction E~plorato~/ E]£caYationo (NOT USED) A 48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty~ A-50 Payment and Related Specifications A-51 Safety Program A-52 Ge~rid Base Reinforcement A-53 Work in US Highway 77 Right-of-Way PART B P;tRT C PART 021 022 025 O26 027 O28 GENEP. AL PROVISIONS WAGE PATES ~ REQUIIAENI~TS ST~/~DARD SPECIPIC-~TIOHS SITE pREpARATION 021020 Site Clearing & Stripping 021040 Site Grading Earthwork 022020 022022 022040 022080 022100 022420 Excavation and Backfill for Utilities and Sewers Trench Safety for Excavations Street Excavation Embankment Select Material Silt Fence ROADWAY 025220 025404 025412 025424 025608 025610 025612 025802 025807 Flexible Base - Cal%che Asphalts, Oils & Emulsions Prime Coat Hot Mix Asphalt Concrete Pavement Inlets Concrete Curb & Gutter Concrete Sidewalks & Driveways Temporary Traffic Control During Construction Pavement Markings UTILITIES 026201 026202 026206 026210 026402 026409 026411 026416 Waterline Riser Asse~ly Hydrostatic Testing of Pressure Systems Ductile Iron Pipe & Fittings PVC Pipe - AWWA C900 & C905 Installation of Waterlines Tapping Sleeves & Valves Gate Valves for Waterlines Fire Hydrants S86 SEWERS & DRAINAGE 027402 Reinforced Concrete Pipe Culverts Site I~prov~snts & I.~nctscaping 028020 Erosion Control by Seeding 028040 Erosion Control by Sodding NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: coo~Tx ROAD 52 I~AST~ IMPROVEMENTS consists of approximately 420 LF of street oonstruction which extends easterly from the intersection of the existing County Road 52 and U.S. Highway 77. The project includes, but is not limited to: street excavation; 6" compacted subgrade; 12" flexible base; approximately 4,936 SY of geogrid base reinforcement; approximately 3,623 SY of 2" hot-mix asphaltic concrete surface. Other improvements include: approximately 839 LF of 6" concrete curb and gutter; approximately 1,091 LF of 24", 21" & 15" RCP storm sewer with manholes and inlets and approximately 405 LF of 12" pVC (C900) water line with gate valves and fittings complete with all appurtenances as shown on and in accordance with the plans, specifications and contract documents. will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, March 23, 2005 and then publicly opened and read.~ny bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Tuesday, March 8, 2005 and will be conducted by the City. The ~ocation of the ~ting will be the Department of Engineering Services Mm/n Conferenc~ Room, Third Floor, City Mall, 1201 Leo~ard Str~t, Corpus Christi, T~. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no(lO0 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date, Documents can be obtained by mail upo~ receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "work~an," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E- Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - INSURANCE REQUIREMENTS Revised September, 2000 A A Certificate o[ Insurance indicating proo[ of coverage in the following amounts is required: TYpE OF INSU~ANC. E 30-Day Notice of Cancellation required on all certificates MINIVER4 INSI~{AN~ CO~ Bodily Inju-~y and Property D*~ge Conunercial General Liability including: 7. 8. Com~ercial Form Premises - Operations Explosion and Collapse [lazard Underground Hazard Products/ Completed Operations\Hazard Contractual Insurance Broad Form Property Damage Independent Contractors Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIAEiLITY/ ENVIRONMENTAL IMPAIPJ~ENT COVEB3%GE Not limited to sudden & accidental discharge; to include long-tern environmental impact for the disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER $2,00D,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WOPJ{ERS' COMPENSATION ACT AND PA~GRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT REQUIKED M NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements Page 1 of 2 The City of Corpus Christi and BASS & WELSH ENGINEEB/NG must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30} days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you h~ve any questions regarding insurance recluire~ents, please contact the Contract A~istrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVEP. AGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERaXIMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries'to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at auy time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, SccLlon 110.110, a copy of which is attached and deemed incorporated into the project contract Please note that under section 110 110: ! certain language must be included in the Contractor's Contract with the ~ity and the Contractor's contracts with subcontractors and others providing services for the Project; the ContraCtor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project_ The Contractor is required to obtain and submit updated certificates showin9 extension of coverage durin9 the Project; and the Contractor is required to post the required notice at the job site By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" recfuirements Parr H. TEXAS ~,x ORLLER5' COM?ENS&TIO?4 COMMISSION Chapter 110. RX. QUERED :x,~OTICE.5 OF Subchapter B. E_MPLOS_TR _NOTICES :~ Il0.110 Reporrin_= Reou~r:meor5 for Building or Const~.:c:ion _Projects for Governmental Entities (a) The £olloWmg woras m-d :~_'Tn& when used in d'2s m/e_ shz.[i hzve th: follow/ng m~'_'mings, urde=s ~he con£ert c! ~e_zrlv/ndbc. z:ez c:_;erw-ise Te_,wn~ not deEp_cd ;.n :~"_'s r~'ie sh~ have the mezv. ing de.fined [he Te.'cas labor Code, ~-so cebned. (1) Ceni~ozte of cove~:~: :=.~:5, c.~:= :-~'_ ccpy ofz c:.~fic.z:: c:'-~uriqce, z cenLficate of aurboriD- to scig"-isxxure issued is',' me ~:mmssicr. or a workers' cDmoep~ztbc.'2_ coverage agreement (TWCC-81, TWCC-g2, -13VCC-83, or ?gCC-84), showing sr2tut0ry workers campe~ation inxurlmce coverage for the person's or endr'?s em?ioyees tinciudZng those mbje~ :a a coverage a~ecmem) prey/ding services on a project, _--er the fiuzation o£the project. (2) Building or conatrc~:ar.-~s the mezfil_~g deb.qed in Lhe Texa~ Labor Code, § 406.096(e)(I) (]) ContTzc:or--& ocr/on ridding for or a',va_rded a building or car. s~'~cion project by a governmemzl cndu'. (4) Coverage-Workers' c.:maensation Lns~'~qce mee:Zng Lhe statutory requirements o£the Texas Labor Code, § 401.011(a:t) (5) Coverage z_m-eemen:-A '¢mrtex z~-e~-_ment on form ~R'CC-S'._. form t~¥CC-82, form x~vVCC-83. or form TWCC-84, filed v,'i~ ~_be Te_x.~ Workez-~'~Zompermzfion Commission which emabL~he.-s a relal:io~hip between the p~..r=es for purpose= o£the Tera~ Workers' Compensation Act, pu_rs~mzt to the Texas Labor Code, Cb.auger 406, Subchzpter~ F and G, a~ one of employer/employee and exrzhlishe= who w/II be respoas~le for providing workers' compe".v~adon coverage for persons providing sen/ce= on ~e prqe-~. (6) Duration o£the project-~cludes the r/me Rom the be~mrw2_qg of work on the project until the work on the projem ~-~ bee~ comDie:ed 2.nd accepted by the gove.r:,__men£zi entity_. (7) Persons Fro,r/ding se.r','iC:S on Lhe project ("subcontra~or" L- ~ 406.096 o£the .&cO-With Ihe exception or' persorts ex:!uded under suusecuonx (h) a_nd (i) of this secUOn, includes ail persons or enuties pe.qbrmmg MI or p~q or-the serv/ces the contractor hzs undertaken to perform on the projeo,. regardless or-whether th_'t re:son contracted dh-ectly with the ccatractor and regardless of whether thax per, on h~ emuloyees. %-2s includes but is not law.hod to mdesendent contractors, xubconL'-'ac'[ors: lea~ing corona.rUes motor ca:nets, owner-operators, employees o¢~y such entity, or employ~ o£ ~nv entity fu_'-nis?ung persons ;~ perx~oFm se.~ices on the proje~ "5e.w'~ce~" includes bur is not lknited htro:t/,:~u¢~ scs state r>: '_'wtac/_vS/TI/l i0/'B/] lO. 1 l0 html w~ 2 o~ ~ (S) prcjcm-/nclud~s the nrx',~sion o£ ~ s¢_~nces re;-ucc :o a bc:~di_~__z or cons:n2c:Jon conzrac~ for a (b) Premdzg or causing ~o be arovided z ccruaioz:e o£coverage pursuant ~o :his rule is z rcpresezm:;c2 Dy the k, z2u-=d '_hat ail employees e£the insured ','.'ho a_re prosiding services on the proSe~ m-e covered by workers' cam=emotion coverage, '.hat the coverage is based on proper repordzg o.,-ciazsificadoa codes and payroll a_moun:s, a_nd [hat aJ! coverage a_m-eemems have been filed ,.,arb [he zo:raoriaie insurance comer or, in khe cz.se ora seLf-htsm-ed, vd~h the cam.mission's Division o£ ScSLqsurz-'~c: Re_guiadap_ Pra,,qdNg false or raislezding c¢:~.55cates of coverage, or £aii;ng to pro¼de or r:.am~ain r~uk-ed coverage, or failing ~o re:on any change ~at m. zzcriztly agecrz the provision o£~verage may rabjecx the conwac~or or other person providing se.vices on [he project to admirJstrzuve penalties, c.'r-nmai pena2des, civil peaalties, or other ci;5i cedars. (c) A gove.'T_~_.:ntzi entity E~zi enzers into a budci~zz or conxm~ac-2ca contrz~ on a projeG s,M. lh (1) Lnciude m the bid spec~c.::-or~, -MI the prowsiorLs o£p~ag:raph (7) of£kis subsecxion, using the la.nguage rcqmred by paza_m-zph (7) o£tbs subsecmon, (2) a~ nan of~e contract, using ~he l~_nguage rezuked by pa_ra_m~oh (7) of thJs subsecddort, requizc ~e contra~or ~o pe~orm ms rezubed in subsection (d) o~-d'~s sec-don; (3) ob,.zin 3cra the contrac:cr a certificate of coverzge for each person providing services on the projc=, pr;or ~o Lha~ pc:son be~mrmmg work on the projecq (4) obtain ~cm the contraw~or a new ccrr~oat¢ cf coverage showing ex~emion of coverage: (A) before thc end of the cm~-:n[ coverage period, Lt- :.he contra~or's cu.wem ce.'~JE.c.2£e of coverage shows thai the c. overage pe~od cads dtwing the duration of[he crojecx ~nd (13) no later t?'~2 seven days z_hcr the c,xpL'-aUOn oft_he cover-age for each other 'aersort providing services on d2e pro]cox whose c'u.n-ent certLfic, a~e shows that the coverage period ends du_dmg the durar2on of the projeo4 (5) re~ain ce.mileages 0fcoverage on 6.[¢ for the dtiation o£the project and for al:u-ce yea.rs there~er, (6) provide z copy of the cer:ificztes of coverage £o the corrtrmssion uoon request a. nd [o any person enuded to them by law; and (7) use th: la",g'uzge contested in the fallowing Figure i for bid s~ccbicadons and conurams, without a.ny additional words ar changes, except [hose recurred ~o accow~nodate the s~ecLfic document in which [hey ar: con[Creed or ia unposc s~ric~er spanda.rds of documentation: T28Sli0 110(c)(?) 817198 ~) pro~dde coverage for its cm?:cl.'e'~ crovi~mg sez'~ce: cna projc~ :z: z_::: curaUoa o£cbe proje:: Leo on atone: rc?onu'~8 of c!~s:~cz:zza codes and zz~xc,2 zmoun:s ~_-_z -':::._2 of any coverage provide a cecr.~ir..a-ze o£cove~z= ~'cwm~ workers' c~m~enaadon cove:age :o thc goveramen[~ prior ~o bei~-5~-g work or. ::= :roie~; provide :,kc gove.'m_%enpJ, en:zq,', pr:or ~o the end o£dae coverage pealed, z n~w cease of obtain from each oerson prov~dLqg sa.~ices on a project, and oravide :c tS.e govern.mental entity: a ce,--a55cate o£coverage, prier '.~ ~:at person be~nn;ng work on the projec~., so the goYeramert£aJ ~z~ry will have on EIe ca_'~SF_~c.:~es efscverage showing core.ge for aL] persc:'.s providing services on proje~: and t~) no later tik~n seven days az~cr.*~-,r:~[ by the conrwacror, z new ccrt~caze cf cover-age sho~kig -_steasion o£coYe~ge, k-:he cove?.ge ?:riod shown on the cun-en~ cert~cz:: o£coverage ends dtwing ibc duration oF-the projecz; (5) retain ail reauked c.::-'mScates c;coverage on ~e For the d',zradon of the project and for one year (6) notify thc goverz_-men:~ earle; ¼ wrlrlng by ccrtuied mai or personal de~Jve.'-y, v, qthin ten days alter :he cortt~c~or knew or shouid have icqown, oflmy cb. znge tka maeriaily a~e~'~u the provision of coverage oF any person providing se,wick's on the project; ,17) pos~ a nouce on =ach 9raje~ si;: im-orming ail perso~ providing servic=s on the project tMt they ~_-e reauired to be covere.~ and r~zr~a~ how a person may veri~ current c~','enge and repor~ faiI-m-e to ~rovide coverage. This nouc¢ docs nor safisz'5' other pomag re:a_u, kemenr_s L~?osed by the Act ar other Commission rules. ~ nodc~ must be printed with a fide in az least 30 pob.: bold type ~nd texz ia at lea_q: 19 point normal type, and shah be m both IEag. lJ_sh and Spanish and any orhm- lazgt~age common to the worker popu~a:ion The te~/'or the notices ~hall be the following tm provided by the Commission On the sample norlc¢, :¼thou~ ~o.y additional words or changes: REQUIRFD WO~' COMPENSATION COVEn~_-XGE 'The law reauu-es rntat each person working on ~ site or providing services related to tbs co~trucdon projec'~ mus~ bt cover=d by workers' comoensazion in_mrance T--_"s includes persoo_s ?rowdbg, hauling, or delivering eq~p_~ent or marenaJs, or providing labor or trazisuoaar-io" or other se,~qc= feinted m the projecL reg~'dless of the identky of their employer or stares as an employee" "Call the Texas Workers' Compersadon Comrrussion at 512~¢40-3789 to receive information on tho legal reaub-emen~ for coverage to veriz:y whether your employer has provided ~he required coverage, or to repoa an employe/s failure zo gro',qde coverage." (A) pr©v~dc ccvera2~. r~sc c:~ 'nrcDer rercr-:ng or- cI~ss~cz'_'c:: :_cc~es ~qc payroii a-~ounrs and ,filL'~g of rh,,e 2:'OleC% (C) i~ciucie m -il ccn:_-:c; :c troy, de se.'-.Sct5 ers me proiec ::-.: tan?d,z~e in suDse~ncn (e)(3) of tki~ [T)) prc;'~de '..he oonL'~c7, rF~or ;o ;he e23 ct- 21'1: coverage ?e:'.od_ a ._'c,a' cc.~Sc..z-_: or-coverage showing e:ctexzion c£cove:zge. Z'_he cc,,'e~e ge_dod sho;',,-~ cn the c',~rreat ce.muqc..z:e ofcoYerage ends der:rig Cna dukr-auCZ c_: ;.Se ~ro/ecr: (T) ohtun_ ~om each chnsr r~_rson ',~nrt. '.~ 7, om :: conrr~cs. :_nd uTcv~de :o the (~) a ca:-'JS_cnte o¢co"e'"i° ......... ?'-or-o· t'ne c?:¢r re.'~on begm--.:_n2 -.york cn the .c~roie~:. :.nd ('d) prior m the end or.he c3verag: peen. od z .new ce.'-thS, ca:e c_-coverage show'nag e.'o-~:ion or- abe coverage period, i.f Eno co'.'e:zge period s?.ow'n on the can, ex: ce.'n.~care o£coverzge ends dur'i.ng duration or'the proje~ CF) re'~m ~2i reauL,~cd c,~:.52:es or-coverage cn ~e t-or the dur~_:5on o/the proje~ z_"_d t-or one ye_ar ~erez_qe.5 (G) nor.~ the goverrw::n:M carlO' in wndi~,g by cemlfied maj. or personal deLiveo', ,Mthm ten days after abe person knew or should hzve kucwn_ o/any change coverage of any pe~on pra','min~ (PI) contractually remOeze ~ch odaer ?e:son w',tn whom ir c~ntrzc, s, ro 3erform zs -e~m~.red by mbparz~mv_ph~ (A)-(N~ or dxis pa~:-~_ ~.~h~ w'ifil dr: certidSea:~ 3[-coveno_e tc be provided to abe person for whom ~ey are pro¼diag (e) A. per, on promdiag se,'-v~ce_s on a project, other ~mu a courwz¢.or, shall: (l) pro'.qde coverage for !~s emr)loyees pro..fdLng zer'v/ce_s on ~. grojec-~ .~or abe duration or'the project based on proper reporUng o[cl~sLficaticn codes ~md payroiJ z_m. ourtL~ and/Sling c£~.n? coverage agrree~:nu; (2) pro,r/de a cee'roSeate er-coverage ~s required by irs contrac: :3 pro¼de see',noes on ~e projea, prior ro be[den.rog work cs the ?rojec:; (3) have me fotlov:ing land, age un ils cointrac~ to pro,de se~ces on the project: "By sieg conuz~ or proGd~g or ~usmg rc be pro~ded a ce~te efcoveraEe, ~c uerson sing comra~ is represen~g ~o the gove~enr~ cnd~ that ~ e~pioyees of~e person si~i~ ~nrrzc: who ~ pro.de seed.s on ~: proj~t ~ be covered by workers' comoe~afien core.ge .orrc[ :o cour~aJ,~croas - ~ (4) pro,nde the par:on for whom it is providing :amoes on the ?rojec-'.~ prior re the end oft_he coverage period shown on its current ce.~.:Jca;e o£ covera.ge, z _new ca,-nQcaz: showing ex, eras{on of coverage, {z-~e cove2g¢ penod shown on :he carJ~azte cf coverage ends during ~he dtu~don or,he pleiad; (5) obtain fi.om each :arson pro,doing services on a proje~ ',sender contract £o ir. z_nd provide as required by its contra~: (A) z cen:iiScate of' coverage, prior to the ord':er person be_.zinrtmg work on the prices; and 03) prior to the end of the coverage period, a new caa:flScaze or-coverage showing ex-tension of LEe coverage periocL LFthe coverz~e period shown on the wa.wen; ce.n:irSc, zte efcovera~: ends during the dus~uon o£tha pro?z:-; (6) retain all required certu5, cztes of coverage on &Ia for 'Zee dm-zdon ofthe projea ~nd for one year Lh er ez_q e.'5, (7) noti~ the goverrtmemtaJ entity in writing by certified maSl or personal delivery, of any change that ma[eri~y azTects LEe provision of coverage of'any person provid~g se.wicea on the project and send the notice within ten days a&er Eqe person k,-new or should have known of'the ckange; and (Ii) coar. rao'cuaJly resuire each other person ,Mth whom it c. onrrac£z m: (A) provide coverage baaed on proper reporting of clazsiaScadon codex and payroll aznotmr~ and filing ofzny coverage a_m-e:mea[s for ail of in employe~ providing se.wice.s on the project, for LEe du.~ation of the project; (B) pro'ride a cem:ficzte of'coverage to it prior to d2t ot~er person be_running work on the project; (C) i~.ciude in aJ.[ conwacr.~ to provide se. zviccs on LEe pro.jeer the language in pa.r~_m'-aph (3) of this sm b s e--'-'do a; ' (D) provide, prior m the end of the coverage period, a new certificate of coverage oho'tying exte.r~ion of the coverag_e period, if the coverage period shown on the current cerdJScate of coverage ends during :'ne duration cf[he proje~; (E) cb[an fi.om each other person under cantract ~o it to pro'nde services on the projeck and provide az featured by its contract: (i) a ce,m:fica[e of coverage, prior to the other person be~rw2ng work on the project; a.nd (Li) pnor ~o the end of' the coverage period, a new certificate of- coverage showing exte~ion of the coverage period, it-the coverage period shown on the current ceaL6, cate of coveragu endS dtuing the hrto//wv:w sos state ~ uw' ac./28/HJl IO/'B/110 I I0 htrrd .owzcr we co,~r~,,cxo~ts - ~ g/7/Pg IF) re:aw a:i ;ecuix=~q cs:-~_~cats5 o? cc','eszge on gdo for the ou:auon c: :he ore{ow., z.sd for oeo year (G) notaw' the zovemme:~:.,_, e:zd?,' m v,~tm~ bv ce_'mJed rnaH or sersc:',~.i dekivery, within lerl days after r_he person t.mew or sdouid h-ave kmowr~ or-any cbs.age thz~ mzte~aJJy ~Tect5 the preY/sion ot- coveFage of toy person ?ravidasg se,wic:s on the proje~; a_nd ('lq~ conn-a~ally reouire eaca 7erson w/th whom it contracts, to peffc._"tn as resuired by thi,a suboara~api~ a_nd subpmra~asr~ (A)-(G) of this pawaE~apk, with the ceT~!5, c2te of coverage to be orov/ded ~o i.he person For 'ahem 'w, ey a.re provSdlng se:vSces. (0 ga_ny provision of this r~'ie or its appdcafion to any person or d~c.?.wr2_nce is held invai/d, the invalidity does not M~'ec: ethos orovisionx or zppiicador~ of this mie fiat ca~ be Wen effeot withom the inva/id prey/sion or appiicadon, avd to this end the prey/sloss oft.Ns ruie are declared to be severable. (g) Tn~s ~ie ia appilcabie £er buiSd,m~ cr c~m2cxaon conwams adve_~zsed £cr bid by a goverrimental enuCy on of after Sememoer i, '_~94 i?-;~ ruie is a/so apphc, a. bie for zcse bu~Jding or con_qruc-'tioo contracts entered mm on or a~q:s September !, 1994, which a.re not resort-ed by law to be advertised for bid. (h) The coverzge require.me.".: m this rule does not apply to motor czrvi,;ers who are required pu.rm-uant to Texas Civil Searmes, .~2-cicle 6675c, to re_tarter with the Texas De?axmenr orTra.r~por~a.:5on and who pro',sde acodemzd izwcra.nce coverage pursuant to Texas Civ/J S~mtcs, .awricle 6675c, § 4(]). (i) The coverage requirement m this r~ie doe,a not apply to sole proprietor~, panners, a. nd corporate ollicers who meet the requirements of the Act, § 406.0971c), mud who ~re erp[icitly excluded fi-om coverage m =ccordance wSth tSe Act, § 406.097(0 (as added by Home Bill 1089, 74th Legi~latttre, 1995, § 1.20), This ~bsec-aoa appiJes only to sole proprietom, pa_~mer~, and corporate executive officers who ~e excluded F-om cover~.~e in an {mms-a~ce po[icy or ce.qi~care of authority to self-insure that is de~aver~ issued fcr dc//ve?, or renewed en or afler Jznuar¢ I, 1996 Source: The provisio~ of tki,a § 1 I0 110 adopted to be effective September 1, 1994, 19 Tex.Reg 5715; amended ~o be egec-~zve November 6, 1995. 20 Tex.Reg 8609. Return to Section Index PART A SPECIAL PROVISIONS COUNTY ROAD 52 (EAST) IMPROVEMENTS SECTION A - SPECIAL PROVISIONS A-1 Ti~e and Place of Receiving Proposals/Pre-Bid M~etin~ Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2;00 p.m, March 23, 2005, Wednesday. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas '/8401 ATTN: BID PROPOSAL - COUNTY ROAD 52 (EAST) Ii~I~ROVEMENTS A pre-bid meeting is scheduled fo= i0:00 a.m., Tuesday, March 8, 2005 and will be conducted by the Cit~. The location of the meeting w111 be the Departn~nt of Engineering Services Main Conference Room, Third Floor, Ciky Hall, 1201 Leopard Street, Corpus Christi, TX. The pre bid meeting will cover several announcements to be made by the City and will be for the purpose of answering Contractor's questions with regard to bid documents, etc. No additional or separate meetings will be held by the City. A-2 D~finitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Pro~ect CO~VfX ROAD 52 (~AST) I-~PROVEMENTS consists of approximately 420 LF of street construction which extends easterly from the intersection of the existing County Road 52 and U S. Highway 77. The project includes, but is not limited to: street excavation; 6" compacted subgrade; ]2" flexible base; approximately 4,936 SY of geogrid base reinforcement; approximat(~]y 3,623 SY of 2" hot-mix asphaltic concrete surface. Other improvements include~ approximately 839 LE of 6" Concrete curb and gutter; approximately 1,091 LF of 24", 21" & 15" RCP storm sewer with manholes and inlets and approximately 405 LF of 12" PVC (C900) water line with gate valves and fittings complete with all appurtenances as shown and in accordance with the plans, specifications and Contract documents. A-4 Mathodof Award The bids w~ll be evaluated based on the Total Base Bfd. The Cily reserves the right to reject any or all bids, to waive irregularities and [~o accept the bid which, in the City's opinion, is most advantageous to the City and Jn the best interest of the public. 6 5 Item= to be Submitted with Proposal The following items are re~lired to be sub~]itted with the proposal: Section A SP 5% Bid Bond (Must reference County Road 52 (East) Improvements) (A Cashier's Check, certified check, money order or bank draft from ~ny State or National Bank will also be acceptable 2. Disclosure of Interests S~atement A-6 Time of Completion/Liquidated Damaqes 1. Time of ComDletio~ The working time for completion of the Projcct will be 120 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. 2. Liquidated Dsmaqes Eased on Calendar Davs For each working day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $300.00 Der calenda~ day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delsy in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. 3 Contractor must coordinate work activities with the Texas Department of Transportation (TXDOT). There shall be no claims for delays allowed for this coordination. If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perfor~n any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers~ compensation insurance and unless the (Revised 9/1B/OO} required documentation of such coverage has been provided to the Contractor and the City Engineer A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contazn original signatures and guaranty and be submitted in accordance with Section B 2 of the General Provisions. A-9 Acknowledc~ent of Addenda Th~ Contractor shall auknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda c~n have significant impact on the proposal, failure to ~cknowledqe receipt, and a subsequent interpretation of non receipt, could have an adverse e£fect when determining the lowest responsible bidder. A-10 Waqe R~t~s {Revised 7/5/00) Contractor shall use the higher wage rate Minimum Prevailinq Waqe Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces CounLy, Texas as set out in Part c. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60-00) per calendar day, or portion thereof, for each laborer, wor~nan, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project These documents will also be submitted Lo the City Engineer bi weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1 1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-l-l, Definition of Terms, and Section B-7-6, Working Hours.) A-II Cooperation with Public Aqencies (Revised 3/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- e~ght (48) hour notice ho any applicable agency when work is anticipated to proceed ~n the viclnity of any facility by using the Texas 0ne-Call System 1-800-245 4545, ~he Lone Star Notification Company at 1 800 669-8344, and the Southwestern Bell Locate Group at 1-800 828 5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 880-3500 Project Engineer 880-3500 A/E Project Engineer: Murray Bass, Jr. Bass & Welsh Engineering 882-5521 Traffic Engineer 880-3540 Police Department 882-1911 Water Department 857-1889 Wastewater Department 857-1818 Gas Department 885-6900 Storm Water Department 857-1889 Streets & Solid Waste Services 857-1970 A E P 299-4833 S B C 881-2511 City Street Div for Traffic Signal/Fiber Optic Locate 857-1946 Ca~levision 898-6200 880-3140 after hours) 880-3140 after hours) 885 6900 after hours) 880 3140 after hours) 693 9444 after hours) 1-800 824 4424, after hours) 857-1960 857 5060 after hours) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained fro~ existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessar~f for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness Of such information is not ~arangeed. It is the Contractor's sole and co~lete responsibility to locate such underground featu/es ~ufficiently in advance of his operations to preclude damagin~ the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the ser~zicem in continuous operation at his ow~ expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. Ail such repairs must confor~ to the requirements of th~ company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a s~tisfactoi7 outlet, all witk the approval of tke City Engineer. Sewage or other liquid must not be pu,~ped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid Contacts the streets or ground surface. It Ys also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price~ Materials for repairs, ~dju~tments or relocations of sewer service lines must be prowi~ed by the Contractor. Sufficient traffic control measures must be used to assure that ail materials and e(luipment are located outside of U~S 77 Right of-way~ Contractor shall be (Revised 9/18/00) responsible for coordination with TXDOT District office at time of tie in to existing storm sewer box draining existing inlets. Permit is in process. The Contractor shall comply with the City of Corpus christi's Uniform Barricading Standards and Practices as adopted by the City. copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department'and TXDOT office. Ail costs for traffic control shall be paid for in the lump sum price for "Traffic Control During Construction" as shown in the proposal. A-14 Constz~/ctiou E~uipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets A-15 Excavation and ~emovals The excavated areas behind curbs and adjacen5 to sidewalks and driveways must be ~illed with ~'clean" dirt ~Clean~ dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts fro~ its appearance or hampers the growth of grass All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc , are to be considered subsidiary to the bid item, therefore, no direct payment will be made to Contractor. A-16 DiSDosal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts, and other old sawer and water pipes and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor subject to all of the terms and conditions of Provision A 49 "Payment and Related Specifications" herein below. The cost hauling all "non contaminated material's" is considered subsidiary; therefore, no direct payment will be made to Contractor. A 17 Fial~ O~10o (NOT USED) Thc Contractor must furnioh thc City Enginccr or his rcprcocntati%'c %~ith aficld office at thc construction oitc. Thc f~cld office must contain at least 120 square fcct of uscablc space. Thc field office must bc air conditioned and hcatcd and must ~c furniuhcd with an inclined table that measures at least 30" ][ 60" and two (~) chairs. Thc Contractor ohall move thc ~icld office on thc site as required by the city Engineer or hid rcprcucntativc. Ths field office muot bc furnished %,ith a telephone (with 29 hour per day ans%~crinq ocrvicc) and FAX machine paid for by thc Section A SP (Revised 9/18/00) Page 5 of 24 Contractor. Thcrc lo no scparatc pay itcm for thc ficld officc. A-18 Schedule and Sec[uence of Constz~/ction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work i~ems: Initial Schedule~ Submit to the City Engineer three (3) days prior to the Pre Construction Meeting an initial Construction Progress Schedule for review. 2 Items go Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals. Re-Submission: Revise and resubmit as required by the City Engineer. Periodic UDdate~ Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Proiect Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, utc that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Eng][leer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate cont~oi points c~n be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings The Contractor shall tie in or reference all valves and manholes, both existing end proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed ~n the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be ap~roved hy the City prior to any work. Any d~screpuncies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits f'ollowing is the minimum schedule of documentation required: Streets Ail curb ret~trns at point of tangency/point of circumference Curb and gutter flow line - hoth sides of street on a 200' interval; Street crowns on a 200' interval and at all intersections. All top of valves box; Valves vaults rim; Casing elevations (top of pipe and flow line) (T~DOT and RR permits). Stormwater; All rim/invert elevations at manholes; All intersecting lines in manholes; C~sing elevetioms (top of pipe and flow line) (T]~)OT and RR per.its). A-20 Testinq and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A 21 P~o~oct ~i~no (NOT USED) Thc Contractor muct furnish and install one (1) Pro~c~ ~ier~ as indicated in Ccction 0~1010, "Project glens". Thc signs must bc installed before conutruction begins ~nd %;ill bc maintained throughout thc project period by thc Contractor. Thc location of thc 0i~no will bc dct£rmincd ~n thc field by thc City Engineer. A-22 MinoritY/Minority Business Enterorise Participation Policy (Re¥is~d 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportttnity is afforded minorities, women, and Minority Business Enterprises to participate in uhe performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affi~nnative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Section A SP (Revised 9/18/00) Page 7 of 24 2 Definitions Prime Contractor : Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, se~;ices, supplies, equipment, materials or any combination o~ the foregoing under contract with a prime Contractor on a city contract. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as mfnorities. Minority person(s) must collectively o~, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1 Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3 Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51_0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. Female Owned Business EnterPrise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Joint Venture: A joint venture means an association of two or more person~, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited im scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joir~t venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the co~tract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3 Goals The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation (Percent) Minority Business Enterprise Participa=ion (P~rcent) 15% Theme goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, includin~ approved change orders. The hours o~ minority ~mplotrment must be subst~ntimlly uniform throughout the length o~ the Contract and in each grade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meetin9 the Contractor's percentage is prohibited. Compliance Upon completion of the Project~ a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate gte percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicage, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi weekly payrolls in a timely fashion or to submit overall participation information as required. A 23 Inopectiou Ro~uircd (Rc¥io~d 7/5/00) (NOT USED) Thc Contractor ohall aouurc thc appropriatc building inopcctiono by thc Buildin~ &nopcction Di¥imion at thc variouo intcrYalo of work for which a ps.mit io rcquircd and to amours a final inopcction aftcr thc building is complctcd and rcady for occupuncy. Contractor must obtain thc Ccrtificatc of Occupancy, whcn applicable. Ccction B 6 2 of thc Ccncral Provioiono lo hcrcby amcndcd in that thc Contractor must pay all fccm and chargcs lc¥icd by thc City'o Building Inopcction Dcpartmcnt~ and all othcr City fccs, including watc~/waotcwatcr mctcr fccs and tap fccs am rcquircd by City. Paragraph two (2) of Section B-3 4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If perfor,~nce and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide cert~£ication satisfactory to the City Attorney ghat the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance imf any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be lis£ed in the Federal Register as holding certificates of authority on the date the bond was issued." Ccction B G 22, Tax E]£cmption Pro¥ioion, ia dclctcd in its cntircty and thc following o~bstitutcd in licu thcrcof. Contracts for improvcmcnto to ~cal propcrty awardcd by thc City of Corpum Christi do ~Q~ qualify for c~cmptiono of Calco, E~[cioc, and Usc Ta×£o unless thc Contractor clccto to opcratc u~dcr a scparatcd oontract am dcfincd by gcction 3.391 of Chapter 3, Tax Adminiot~ation of Titlc 3~, P~blic Uinancc of thc Tcxao Adminiotrativc Codc, er ouch othcr rulco or rc~ulationo as may bc promulgatcd by thc Comptrollcr of Public Accounts of Tc]£ao. If thc Contractor C1CCtO to opcratc undcr a scparat~d contract, hc shall: Obtain thc ncccooary malco tax pcrmito from thc Ctatc Comptrollcr. Id£ntify in thc appropriatc spacc on thc "6tatcmcnt of Matcrmalm and Othcr Chargcs" in thc proposal for~ thc cost of matcrialo physically inoorporatcd into thc Projcct. 3. Providc rcsalc certificates to supplicrm Section A SP (Revised 9/18/00) Providc thc City with copics of matcrial invoiccs to submtantiatc thc proposal · .Taluc of matcrialo. If thc Contractor docs not clcct to opcratc undcr a ocparatcd contract, hc muot pay for all Salcs, Excisc, and UDc Ts×cs applicablc to this Projcct. ~uJocontractoro arc cligiblc for oalcs tax cxcmptiono if thc subcontractor also complic~ with thc abo¥c rcquircmcnto. Thc Contractor must issuc a rcoalc ccrtificatc to thc oubcentractor and thc subcontractor, in tur~, isoucn a rcoalc ccrtificatc to him supplicr. A-26 Suppl~en~al Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material chanqe to Bass & Welsh Engineering, P.O. Box 6397, Corpus Christi, TX 78466 and to: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Nurmber of days advance notice: 30 The Contractor shall provide to the City Engineer and Bass & Welsh Engineering the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor si~n the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer and Bass & Welsh Engineering with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B 6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City and Bass & Welsh Engineering are additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B 6 11 (al of the Contract, the Contractor shall obtain an endorsement to this Contractor agrees to indemnify, save harmless and defend Bass & Welsh Engineering and the City, its agents, set-rants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs Section A (Revised 9/18/00) Pase 11 Of 24 and attorneys' fees, for or on account of any inju~ to any person, or any death at any time resulting from such injur~, or any damage fo any property, which may ar~se or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing inden~nity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A 27 Responsibility for Da~c Claims (NOT USI~D) Faragruph (a) Ccncral Liability of Section B 6 11 of thc Ccncral Pr~zisions is amended to include. Contractor must pro¥idc build~'s =isk inour;u%co ~ovara~o for thc term of thc Contract up to and including thc date thc City finally accepts thc ProJcct or work. Duildcr'$ risk covcra]c must bc an "Ail Rio]t" form_ Contractor must pay all coots necessary Lo procure ouch builder's risk insurance co¥cragc~ including any dcductiblc. Thc City must bc named addiLional insured on any policies providing such insurance co¥cragc. A-28 Considerations for Contract Award a~d Execution TO allow the City Engineer to dete~nine that the bidder is able to perfor~ its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for se~zices or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references mnd a financial statement, prepared no later than ninety (90) days prior to the Cigy Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities A-29 Contractor's Field A~W-4nistration Staff The Contractor shall employ for this Project, as its f~eld administration staff, ~uperintendents and foremen who are careful a~d competent and accept=able to the City ~]ngineer. The criteria upon which the City Engineer makes this determination may include the f0]10wing: The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, Section A - SP and familiarity with the submittal process, federal and state wage rate requirements, and City contract close out procedures. The superintesdent ~ball be present, on the job site, at all times that work is being performed. Foremen, if utilized, shall have at least five (5) years recent experience in similar ~ork and be subordinate to the superintendent_ Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field adn]inistration staff, and any subsequent substitutions or replacements thereto, must he approved by the City Engineer in wr,ting prior to such superintendent assuming responsibilities on the Project Such written approval of field administration staff is a prerequisite to the City Engin~r's obligation to ex~cut~ a contract for this Pzoject. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul thc Contract pursuant to section E-7-13. A-3~ Ame~d "Consideration of Contract" Re~uire~ents Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Coneideration of Contract add the following text: Within five (5) workin9 days following the public opening and reading of the proposals, the three (3) apparent ]owest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major co~aponant of the work; 4. A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract. along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms m~et the guidelines contained herein. Similar substantiation will be required if the Contractor is an FIBE. If th~ responses do not clearly ~how that FtBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but tha~ meeting such requirements is not reasonably possible A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work Section A - SP The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the telnn of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result In an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7 13; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre construction conference; Documentation required pursuant to the Special Provisions A 28 and A-29 concerning Considerations for Contract Award and E×ecution and the Contractor's Field Administration Staff. Documentation as required by Special Provision A-35-K, if applicable. Within five (5) days followin9 bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and uame(s) and Title(s) of individual(s) authorized to e-xecute contracts on behalf of sald entity. A-31 Amended Policy on Extra Work and C~anqe Orders Under "General Provisions and Recfuirements for Municipal Construction Contracts" B~- 8-5 Policv on Extra Work and Chanqe Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Retirements Under "General Provisions and Requirements for Municipal Construction Contracts" B_~ 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. Section A - SP (Revised 9/18/00) A-3~ Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Co~tract. Contractor is reminded to attend the pre-Bid Meetinq referred to in Special Provision A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. ~n the event of a conflict between any o~ the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Fridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special ProviBions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, ,n that order. A. Visitor/Contractor Oricntation Prior to pcrformin~ %~ork at any City watcr facility, thc Contractor, his subcontractors, and cach of thcir cmployccs must havc on thcir pcruona valid card certifying thcir prior att~ndancc at a ¥ioitor/Contrac~or Eafcty Oricntation Program conductcd by thc City Watcr Dcpartmcnt Pcrsorn~cl. A Visitor~Contractor Safcty Oricntution Program will bc offcrcd by authorizcd City Wa~cr Dcpartmcnt pcrsonncl for thosc pcrcone who do not ha¥c such a card, and who dcoirc to pcrform any work within any City ~atcr facility. For additional info=marion rcfcr to A~tacb-mem~ oqutpmo~, switch, broakor, control, er any o~he~ i~m tolatod bo City Th~ City must dclivcr water of drinking quality to its cuotomcro at all timco. Thc Contractor shall protcct thc quality of thc wutcr in thc job oitc and shall coordinatc itc %;ork with thc City Watcr Dcpartmcnt to protcct thc quality of thc %~tcI. Section A - SP (Revised 9/18/00) Page 15 of 24 All materials and cquipmcnt used in thc rcpair, rcaoocmbly, transportation, ~cinstallation, and inupcction of pumps, or any othcr itcms, which could comc into contact with potablc watcr~ must conform to American National gtandardu Institutc/~lational gonltation Foundation (~IgI/NCF} Ctandard 61 as dcscribcd in thc Ctandard Cpccificationu. Th= Contractor shall providc thc Enginccr with copico of %~rittcn proof of ANCI/NCF Standard C1 approval for all matcrialm which could come into contact %~ith potablc watcr. Ail trash gcncratcd by thc Contractor or his cmployccs, agcnts, or subcontractors, muut bc containcd at all timco at thc watcr facility sits. Blowing trash will not bc allowcd. Thc Contractor chall kccp war][ arcas clcan at all timcs and rcmovc all trash daily. orangs, bluc, or whirs. ~aoh u~loyue u~l~o~-~ provi~ oo~pany ~u and individual e-~ploy~ idcn~iea~on. Comtractor shall provida tclcphoncs fo~ C~nt~acto~ pcr0onnal. tclophon~u ars not uvailablc for Contractor uso. Plant Working hours will bc 7.00 A-[~. to S.00 P %~., Monday thru Friday. Contractor must not usc any City facility rcotroomg. Contractor must pro¥idc own sanitary faciliticu. All Contractor ¥chislco must bc parkcd at dcoignatcd ~itc, as dcsignatcd by City Watcr Dcpartmcnt otaff. All Contractor vchiclcu mumt bc clcarly labclcd with company namc. No priYatc cmDloycc vchlclco arc allowcd at o. N- £tc¥cn~ ~ata~ T~cat~cnt Plan~ . All per,artsci ~u~t hc in company vchiclac. During working hours, contractor cmployces muot not lcuvc thc dcoignatcd conutruction arca nor %;andcr %h~ough any buildiugo othcr thun for rcquircd work or a0 dircctcd by City Watcr Dcpar~mcn~ pcrsunncl ~urin~ cmcrgcncy cvacuation. Con~rac~or Qualifications ECADA {SUPERVIEOR¥ CONTROL A~ DATA ACQUIGITIO~) work to thc computct baucd monitoring and control oyD~cm muu~ bc pcrformcd only by quolificd tachnical and uupcrwisor~' pcrnonncl, au dctcrmincd by mccting thc quali[ications 1 thru 9 bclow. Thio %;or]£ includcu, but ~s not limitcd to~ modifications, a~ditiono, changcu, section A - BP (Revised 9/18/00) Page 16 of 24 sclcctionm, furnishing, installing, connecting, pro§ramming, customizing, dcbu~ing, calibrating, ox placing in operation all hardware and/or software opccificd or required by ~hcoc specifications. Thc Contractor or hiG subcontractor proposing to perform thc ECADA work must bc able to demonstrate thc followin~. 1 IIc is regularly engaged in thc computer baaed monitoring and eontrol system bu0incoo~ preferably am applied to thc municipal water and waotcwatcr industry. Ifc has performed work on systems of comparable oimc, type, and complc×ity as required in thio Contract on at least thrcc prior tic has b~cn actively engaged in thc typc of work specified herein for at least 5 years. ~c employs a ReGistered Professional Engineer, a Control Cyotcmo Enginccr~ or an Electrical Engineer to 0upcrvioc or perform thc work required by thio specifications. ;lc cmployo personnel on thio Projcct who ha¥c successfully eomplctcd a manufacturer's training course in configuring and implcmcnting thc specific computers, ~TUC'o, and soft,arc proposed for thc Contract. Hc maintains a pcrmancnt, fully staffed and cquippcd service facility within ~00 milco of thc Project site to maintain, repair, calibrate, and program thc 0ymtcmo specified herein_ IIc uhall furnish equipment which is thc product of one manufacturer to thc ma~imum praotical cxtcnt. Where thio is not practical, all equipment of a given type will bc thc product of one manufacturer. Prior pcrformancc at thc O. N. ~tc¥cn~ Watc~ Treatment Plant will bc uocd in cYaluating %~ich Contractor or subcontractor programs thc new work ~or thio Project. Thc Contractor shall produce all filled out prograr~ing blocks required to chow thc programming as nccdcd and rcqui~cd, to add these two systems to thc cxioting City CCADA 0ystcm. Attached is an c][amplc of thc rcquircd programming blocku which thc City requires to bc filled in and given to thc City Engineer with all changes made during thc programming phase. Thc attached sheet is an c][amplc and is not intcndcd to show all of thc rcquircd sheets. Thc Contractor will provide all Dro~ramminq blocks uocd. L. Trcnching RcGuircmcnto Ail trcnchin9 for thio projcct at thc O. N_ Ctc¥cno Watcr Trcatmcnt Plant shall bc pcrformcd uoing a backhoc or hand digging duc to thc numbcr of c×ioting undcrground obstructions. No trenching machinco ohall bc allowcd on thc projcct A-36 Other Submittals Shop Drawin~ Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit nut. her required by the City to the City Engineer or his designated representative. Section (Revised 9/18/00) ReDroducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings~ Submittal Transmittal Forms~ Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially nuraber each transmittal form Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. Contractor's Stamp: Contractor ~ust apply Contractor's stamp~ appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Cont=actor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. amd Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal Distribution; Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and guppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns ~or City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three {5) copies o~ all shop test data, and repair reports, and all on-site test data within the specified time to the Consulting E~gineer for approval. Otherwise, the related euuipment will not be apDroYed for use on the project. A-37 A~ended "Arrangement and Charge for Water Fuz-nished h~ the City' Under "General Provisions and Requirements for M~]inipal Construction Contracts", B 6 15 A/~ranqement and Charge for Water Furnished bv the Citv, add the following: Section A - SP (R~vised 9/18/00) Pa§¢ 1~ of 24 "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan") This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction Thc rcquircmcnts o~ "Notice to ContracEorg 'B'" arc incorporated by rcfcrcncc in thiu gpccial Pro¥i3ion. A 39 Corti~i~t~ of OccuDanov and Final AcceD%anoe (NOT USED) Thc ioouancc of a certificate of occupancy for improvcmcnto doco not conotitutc final acceptance of thc improvements undcr Central Provioion B 8 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8 6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactoI~ to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-fl Ozone Advisory Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OS~A Hulgs & Regulations It is the responsibility of the Contractor(s) to ad/lere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indeamification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6 21 Indemnification & Hold Harmless text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants Section A SP (Revised 9/18/00) Page 19 of 24 The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of ths city, its officials, employses, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman. A-44 Chanqe Orders (4/16/99) Should a change order(s) be required by the engineer, Contractor shall furnish the Engineer a complete breakdow~ as to all prices charged for work of the change order (unit prices, hourly rates, sub contractor's costs and breakdo~ls, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by Contractor as a basis for the price of the change order. A-45 As-Built D/~ensions a~d Drawings (7/5/00) (a) Contractor shall ~ake appropriate daily measurements of facilities constructed and exposed during construction and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) Deletions, additions, and changes to scope of work (4) Any other changes made or existing ut.lities or/structure A-46 DiSDosal of Hiqhl¥ Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner, Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory mgencies in the disposal sC all water used in the project. The methods of disposal shall be submitted to the City for approval_ There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City.s sanitary sewer syste~ for disposal si contaminated water. A-47 pre-Construction ]~Dlorator~ Excavations (7/5/00) (NOT USED) Prior to any conotruction ~hatc¥cr on thc project, Contractor shall cxcavatc and cxposc all cxisting pipclincu of thc projcct that cr~oo within 20 fcct of propoocd pipclinc~ ~f thc projcct ~nd Contructo/ ~hall Du~vcy thc c~[act ¥crtical and horisontal location of cash crossing and potcntially conflicting pipclinc. sec[ion A - SP (Revised 9/18/00) Page 20 cf 24 For existing pipelines ~hioh parallel and arc within ten fcct {10') of proposed pipeline0 of thc project, Contractor shall axcawatc and c~pooc said c:[itin~ pipelines at a ma~timum of 300 fcct S.C. and Contractor shall uu~-~cy thc accurate horizontal and ¥crtical locations of said parallel pipeline3 at 300 fcct maximum Contractor shall then prepare a report and submit it ts thc City for approYal indicating thc Owner of pipcllncs c×caYatcd and surveyed, an ~cll as thc approximate station thereof, distance to thc pavement ccntcrlinc and elevations of thc top of cxistin~ pipelines. Cont~aeto~ skall ~er~ox~ as cono~uction w~r][ em ~ha proJoct ua~ll all E~[ploratory c~cavationo uhall bc paid for on a lump sum basis. Any pavement rcpai~ associated with cxplorato~f excavation0 shall bc paid for according to thc cotabli0hcd until price of pavement patching. Contractor shall p~ovide all his survey work effort (no separate pay) ~o~ cxploz~tcry cxcavationm_ A-48 Overhead ~l~ctrical Wires (7/5/00) Contractor shall comply with all OS}{A safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs Contractor shall coordinate his work with AtP and inform Atp of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" {8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts., B 8-11 Maintenance Guarantv, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Payment amd Related Specifications - These payment specifications shall take precedence over any payment specifications in the City Standard Construction Specifications, Removal/Replacement of Miscellaneous Items There shall be no separate payment for removal and replacement of signs, mailboxes, storm sewer pipes, culverts, headwalls, other appurtenances as necessary for construction of proposed water lines of project hereof. 2. Retainer Glands - There shall be no separate pay for retainer glands (joint Section A SP (Revised 9/18/00) Page 21 of 24 restraint, mega-lugs, etc ) . Pay for retainer glands (joint restraint) in unit price of pipe, pipe fittings or valves. Caliche and Gravel Driveways - There shall be no separate pay for patching caliche or gravel driveways. Replace all disturbed caliche and gravel driveways with original pavement section or minimum 8" caliche or gravel, co~qpacted. Pipe AC Pipe Connections - There shall be no separate pay for adapter fittings required to connect PVC or ductile iron pipe to AC pipe. Contractor shall be responsible for any asbestos pipe mitigation. Sand Encasement & Trenching Pay for trenching, sand encasement of proposed pipe lines and trench backfill is in lineal foot price of water pipe. No separate pay. Construction Phasinq and Testinq, Flushinq and Sterilization of Water PiPe There shall be no separate pay for installation of temporarsz caps, plugs, blind flanges, or taps as required for const~ction phasing and for testing and flushing of proposed pipelines and fittings. Contractor shall provide all temporary hoses, pipes, fittings, plugs, etc., as required to fill, test, disinfect, disposal o~ highly chlorinated water, flush, etc., water for the system as required (no separate pay)_ Pipe Nipples - Pay for all pipe nipples (plain end pipes 10' or less in length) according to the established lineal foot unit price for pipe of the same diameter. Water for Testinq and Flushinq The City shall provide the contractor appropriately sized meter(s) for filling, testing, and flushing pu/-poses. The City shall furnish thm contractor, free of charge, water for testing and flushing purposes. There shall be no separate pay for any work necessary for disposal of highly chlorinated water. Valve Boxes - Provide valve boxes, pipe extensions and related appurtenances for all gate valves for project(no separate pay). A-51 Ba~et¥ Prc~Fr~ Contractor shall be solely responsible for producing and designing a fully adequate amd well thought-out safety program for the project. Contractor's safety program snail include all work and prepare=ions of any nature as required in order to achieve a fully safe project, etc. Contractor shall utilize as many personnel as rec[u~red to achieve the adequate safety program. A-52 GeoqrSd Base Reinforce~ent Description. This Item shall consist of furnishings and installing geo~rid reinforcement in accordance with the lines and grades show~ on the plans. Materials. The geo~rid supplied shall be a sy~lthetic structure meeting the requirements of, Texas Department of Transportation, Departmental Materials Specification, DMS-6240, "Geogrid for Base Reinforcement", of the ty]pe as shown on the plans. The sampling, testing and rejection criteria of that specification shall Section A SP (Revi~ed 9/18/o0) Construction Methods. The subgrade shall be prepared as indicated on the plans or as directed by the Engineer. The geogrid shall be installed in accordance with the lines and grades shown on the plans. The geo~rid shall be oriented such that the roll length runs parallel to the road direction. Geogrid sections shall be overlapped as indicated on the plans or as directed by the Engineer Minlmum overlap shall be 1 ft. in both directions Unless otherwise directed by the Engineer, plastic ties shall be used at overlaps The transverse spacing of the ties shall be 4 [o 5 ft. and the longitudinal tie spacing ~hall be 10 to 20 ft_, as approved by the Engineer. Placement of the geogrid around corners may require cutting and diagonal lapping. The geogrid shall be pinned at the beginning of the backfilling section. The geogrid shall remain taut throughout the backfilling section, but not restrained from stretching or flattening. Fill material shall be placed in lift thicknesses and compacted as shown on the plans. No tracked construction equipment shall operate on the grid with out a minimum fill cover of 6 in. tnrning of equipment shall be gradual and kept to a minimum to avoid damage to the geogrid. Rubber tired equipment may operate dlrectly on the grid at speeds less than 5 miles per hour if the underlying material is capable of supporting the loads. Sections of geogrid which are damaged by const~ction activity shall be repaired or replaced at the Contractor.s expense_ All repaired sections shall contain a minimum 3 ft. lap in all directions. During installation of the geo~rid mats the Contractor shall not allow the traveling public to travel directly over the geogrid. A m/nimum flexible base thickness of 6 in shall be placed over geogrid prior to opening the mat to construction traffic. The Contractor shall provide adequate storage for the 9eogrid and shall plan the installation of the geogrid so as to limit ex"posure to ultra violet degradation. The manufacturer's recommendations shall control, unless otherwise directed by the Engineer. on the plans. anchor pins. This item wil] be measured by the square yard of surface area as shown NO measurement will be ,~de for lapping of materials, ties and grid payment_ The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Geogrid Base Reinforcement". This price shall be full compensation for furnishing all labor, materials, freight, tools, equipment and incidentals, and for doing all the work involved in placement of the grid, complete in place. A-53 Work in US Hiqhwa¥ 77 Rtqht-of-Wa¥ The street improvements for the frontage roads of the US 77 should are complete to the end of the curb returns on the proposed County Road 52 East. The only work the Contractors will have to accomplish is the connection of the storm sewer to the existing TXDOT box culvert, which is within the US 77 right-of-way. This work has been approved Ms. Janan Sahtout Lee, P E. and she needs to be notified when work needs to begin. Her phone number is 361 808-2384. Contractor shall not conduct operations beyond the extension of the back-of-curb on US Highway 77. Contractor shall place traffic control measures along this line to prohibit traffic onto the work site from the frontage road_ Section A - SP (Revised 9/18/00) Page 23 of 24 Section A SP (ReYfs~d 9/1~/00) Pag~ 24 of 24 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page Iot 2 General Decision Number T×030039 06/13/2003 Superseded General Decision No. TX020039 State: TX39 Construction Type: CoUnty(les): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Mater Line Construction and Drainage Projects) Modification Number 0 Publication Date 06/13/20~3 COUNTY(ies): NUECES SAN PATRICIO SUTX2052~ 12/01/1987 Rates CARPENTERS (Excluding Fom Setting) $ 9.05 CONCRETE FINISHER 7.56 Fringes ELECTRICIAN 13.37 2.58 LABORERS: Co~n 5.64 Utility 7.68 PO~R EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8,72 ~ELDERS Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR In the listing above, the '~SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been deter~ned to be prevailing. ~AGE DETEP. MINATION APPEALS PROCESS 1_) Has there been an initial decision in the matter~ This can be: * an existing published wage determination * a survey underlying a wage determination hRp:ll192.239.92.10glsearch/davisbacon/current/Ix39.dvb?ts=0.53559100 1109798692 3/2/2OO5 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (addiEional classification and rate) ruling On survey related matters, initial contact, including requests for su~a£ies of surveys, should be with the Wage and ~our Regional Office for the area in which the survey was conductsd because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3-) should he followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Deter~r~nations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2-) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request re¥iew a~d reconsideration ~rom the Wage and Hour Ac~ninistrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to2 Wage and Hour Administrator U_S- Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be acco~panied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the req~estor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the ~Mm~nistrative Review Board (formerly the Wage Appeals Board) ~ Write to: Adm/nistrative Review Board U. S. Department of Labor 200 Constitution Avenue, N, Washington, D. C. 20210 4.) All decisions by the Administratiue Review Board are final_ END OF GENEPJ%L DECISION http://192.239 92. 108/search/davisbacon/current/tx39.dvb?ts:O.53559100 1109798692 3/2/2005 AGREEMENT THE STATE OF TEXAS COUNTY OF N~ECES THIS AGREEMENT is entered into this 19T~ day of A~RIL, 2005, by and between the CITY OF CORPUS CHI~ISTI ©~ the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as ~'City," and Garrett Construction Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $317,597.40 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: COUNTY ROAD 52 (EAST) II~PROVEMENTS PROJECT NO. 6257 (TOTAL BASE BID: $317,597.40) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. include this Agreement, the bid proposal and specifications, ±ncludin~ all maps, plats, The Contract Documents instructions, plans and blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof_ Agreement Page 1 of 2 36188035011 rJAR £5 05 16:13~ ¥ 16', 0 (¢'0 ,00 bl, 2o~,oD l, q72.00 ~"3, 150.o0 it) :~05, oO q ~ ooo, oo I sS-~,q. 5'-0 No, 2 BID B2. 796 LF 8 LF 36" RCP, complete in place per linear foot 21" RCP, complete in place per linear foot ~l,SO V BID ITE~ EXTENSION (QTY X UNIT pRICE LN F~G~3RES) 2-~0- co B3. 155 LF 18" RCP, complete in place per linear foot 33,q0 ~ B4. B5. 185 LF 2 EA 919 LF ILS 37 LF 15" RCP, complete in place per linear foot TYPE "A" MAN, OIl, complete in place per each per each lQ' CURB IBLET, complete in place per each 5' CUrB ~NLET, complete in place per each TRERCH SAFETY, complete ~er linear foot POLLUTION pP~VENTION, complete in place per lump sum complete tn place per linear foot TOTAL - STORMWATER ITEMS (BI-B13): $ q (,, 75fi, PROPOSAL FORH PAGE 4 OF 9 COUNTY ROAD 52 EA2T ~M~ROVE~ENTS BASE BID WATER DISTRIE~TION ITEMS BID ITE~ D2. D3. D5. D6. DS. 09 405 LF 2 EA i EA i EA 30 LF 20 LF 455 LF III 12" PVC (C900) WATE~tLI~, complete in place per linear foot 12" X 12" X 12" TAPPING SLEEVE, complete in place per each 12" TAPPING GATE %rALV~ w/VALVE BOX, complete in place per each 12" GATE V]%LVE w/VAlVE BOX, complete in place per each 12" PLUG & TEST RISER ASSEMBLY, complete in place per each complete in place per each 6" C~ATE VALVE w/~ALVE BOX, complete in place per each 6" C9O0 PVC PIPE, complete in place per lineal foot FI~E H~DP~%NT PER CITY STANDARD, complete in place per each 12" D.I. 45" BE1FD, TO ADJUST E-XISTI~G WATER LINE, complete in place per each 12" D.I. PIPE, TO ADJUST EXISTING ·rATER LINE, complete in place per lineal foot TRENCH SAFETY, complete in place per lineal foot IV UNIT pR/CE I ,qSg. Oo 15, oo I) 50~,50 1~,50 3, 0 gO, oo I) I ~ S3,oO Proposal Form Page 5 of 9 TOTAL - STREEET IMPROVEMENTS: (A-1 - Al3) TOTAL - STORM WATER IMPROVEMENTS: (El - B TOTAL - WATER DISTRIBUTION IMPROVEMEAFrs: (D1 - D 12) TOTAL BASE BID - (A+B+D): q~, o(oq.30 31 ~/, 5q'7. qo Proposal Form Page 6 cf 9 The Contractor will commence work within ten (10) calendar days from date Ehey receive written work order and will complete same within 120 C~?.~qDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current contract in accordance with the Contract progresses. Signed in 4 parts at Corpus Christi, above. funds for performance of the Documents as the work Texas on the date shown ATTESTs_ City Secretary By: Ass ity Attorney CITY OF COI~PUS CHRISTI Ronald F. Massey, Asst. Cit~gr. of Public Works and Utilities g~q R. Escobar, P_E. DisSector of Engineering Services ATTEST: (If Corpo~ion) (Seal Below) (Note: If Person si~ning for corporatio~ is not President, attach copy of authorization to sig~) CONTRACTOR Garrett Construction Co~oanv P.O. Box 1028 (Address) Ingleside, TX 78362 (City) (State) (Zip) 361/643-7575 * 361/776-3993 (Phone) (Fax) Agreement Page 2 of 2 PROPOSAL FORM FOR COUNTY ROAD 52 (EAST) IMPROVEME~NTS DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEX3%S PROPOS~.L FOR34 Page ] of 9 PROPOSAL Place: Date: MARCH 30, 2005 Proposal of OR GARRET CONSTRUCTION COMkoANY , a Corporation organized and existing under the laws of the State of a Partnership or Individual doin9 business as TO: The City of Corpus Christi, Texas Gentlemen: The undersign=d hereby proposes to turnish all labor and materials, tools, and necessary equipment, and to perform the work required for: COUNTY ROAD 52 (EAST) IMPROVEMENTS at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: PROPOSAL FORM Page 2 of 9 J1~.188035,31 , PAGE 4/4 V I It..,, 0 ~0.00 ~,50 I,OD q,~O I, q'TD.O0 55, ~ ~ 000, oo .9-D, ~5. O0 ~s~q. ~0 I ,Stq.oo s I~ S' IO,OO ADDENDUM AttaChment NO.. 2 BID ITEM B2. B3. B4 BS. B6. B7 B9. QTT & UNIT 796 LF 8 LF 155 LF 185 LF 1 EA 3 EA 919 LF III DESCRXPTION 36" RCP, complete in place per linear foot 21" RCp, complete in plmce per linear foot 18" R~P, complete in place per linear foot 15" RCP, compl.~a in place per linear foot TYPE "A" MA~HOLI~, complete ~n place per each TYPE "B" MANHOLe, complete in place per each TYPE "C" MANHOLE, complete in place per each 10' CURB INLET, complete in place per each 5' Ct~B INLET, complete in place per ~ach TRENCH SAFETY, complete per linear foot ILS OUTLET STRUCTURE, complete per lum~ 1 LS POLLUTION ~V~NTION, complete in place per lump sum 37 LF 4' x 2' PREC3%ST CONR~TE BOX, complete in place per linear foot TOTA~ - STORM~ATER ITEMS (BI-B13): $ °l 9.5q, 'lO PROPOSAL FORM PAGE 4 OF 9 III DESCRIPTION 12" PVC (C900) ~TEB]~I~ complete in place per linear foot 12" X 12" X 12" T;t~PING SLEEVE, complete in place per each 12" T~tPPING GATE %r;tLVE w/%r~_L~rE BOX, complete in place per each 12" PLUG & TEST RXSER ~S~LY, complete in place per each c~lete in place per each 6" C~%TE V/tLVE W/%~%LVE BOX, complete in place ~r each 6" C900 PVC PIPE, complet~ in place per lineal foot c~lete in place per each 12" D.I. 45° BENqD, TO ADJUST EXISTING ~FATER LINE, complete in place per oach 12" D.I. PIPE, TO ~)J~ST EXISTING ~rATER LINE, complete in place per lineal foot TRENCH SALTY, complete in place l>er lineal foot V BID ITEM (QTY X miT pB~CE IN ~Gb~) I ~, q~, oo 5g ~. ~o qOg- oo ~ ,~5g. oo 3~ ~50,oo TOTA~ - WATER DISTRIBUTION ITF~4S (D1-D12): $ LI'3,0 ~Lt ,'30 TOTAL - S~EEET IMPRO%r~s: (A-1 - Al3) TOTAL - STORM WATER IMPROVEMENTS: TOTAL - WATER DISTRIBUTION IMPROVEMENTS: (D1 - D 12) TOTA~ BASE BID - (A+B+D) : qB, o(oq.30 31 '7,5o1'-/. qo Proposal Form Page 6 of 9 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and addi~ionai work caused [hereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineerj in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth, Receipt of the following addenda is acknowledged (addenda nu~er): Respectfully submitted; (SEAL - IF BIDDER IS a Corporation) Name: JON ~. GARRET ~ATURB) Address: P.~9. BOX 1028 (P.O Box) (Street) INGLESIDE, TX 78362 (City) (State) (Zip) Telephone: /36~) 643-7575 NOTE DO not detach bid from other papers Fill in with ink and submit complete with attached papers PROPOSAL WORM Pa~e 7 of 9 PERFORMANCE BOND STATE OF TEXA~ ~ BOND NO. 2165499 ~(~ .~T.T. BY THESE P~ESENTS: COUNTY OF NUECES ~ THAT Garrett Construction Company of SAN PATRICI0 County, Texas, hereinafter called "Principal", and INSUPJ~NCE CO~AN~ OF THE WEST * , a corporation organized under the laws of the State of CALIFORNIA and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christ~, a municipa~ corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of TH~ HUNDRED SEVEn,mEN THOUSAND, FIVE HUNDRED NINETY-SEVEN AND 40/100 ($317,597.40) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TBE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19TH of APRIL , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: COUNTY ROAD 52 (EAST) I~PROVEME1TTS PROJECT NO. 6257 (TOTAL BASE BID: $317,597.40) NOW, THF~REFOP~E, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED Fb-RTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. *INDEPENDENCE CASUALTY & SUP~ETY CO. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WXTNESS W~REOF, this instrument is executed in . one of which shall be deemed an original, this the 29TH APRIL , 20 05 4 copies, each day of PRINCIPAL GABRETT CONSTRUCTION COMPANY ATTEST Secretary (Print Name) SURETX INSURANCE COMPANY OF THE WEST INDEPENDENCE CASUALTY & SURETY CO. MA~Y ELLEN MOORE (Print Name) The Reaid~nt Agent of the Surety in Nuece8 Cot~ty, Texas, for delivery of notice and aez~tce of procema ia: Contact Permon: A~asa: SWANTNER & GOPdDON INSURANCE AGENCY MARY ELLEN MOOP~E P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 361-B83-]711 INOTE: Date of Performance Bond must not be prior to date of contract) Revised 9/02) Performance Bond Page 2 of 2 STATE OF COUNTY OF NUECES PAYMENT BOND BOND NO. 2165499 KNOW ~t.T. BY THESE PRESENTS: THAT G&rrett Construction ComD&n¥ of SAN PATRICIO County, Te×as, hereinafter called "Principal", and INSURA/~CE COMPANY OF THE WEST* , a corporation organized under the laws of the State of CALIFORNIA , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of THREE ~UNDRF2) SE~EF~ TEOUEAND, FIVE HUND~ NINETY-SE%~Elq ~ 40/100 ($317,597.40) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19T~ day /%PI~IL , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: COUNTY ROAD 52 (F2%ST) I~{PRO%~EMENTS PROJECT NO. 6257 (TOTAL BASE BID: $317,597.40) NOW, T~F_~EFOHE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED I~u-RT~.~, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. *INDEPENDENCE CASUALTY & SURETY CO.Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN W~TNESS W~=REOF, this instrument is executed in __ one of which shall be deemed an original, this the A~RIL , 20 05 4 copies, each 29TH day of PRINCIPAL GAPd~ETT CONSTRUCTION COMPANY ATTEST~ Secretary (Print a~me~) SURETY INSURANCE COM/)A~IY OF TH~ I~EST INDEPENDENCE CASUALTY & SURETY CO. Attorne~- fact ~y E~N MOO~ nt Name) The Reei~ent Agent of the $=ret~ in Nueces County, notice a~d service of process ~s: Agency: Contact Person: Add~ess: Phone ~-~er: SWAN~NER & GORDON INSURANCE AGENCY MARY ELLEN MooRE P.O. BOX 870 CORPUS CHRISTI, TEXAS 361-883-1711 Texas, for delivery of (NOTE: Date of Payment Bond must not be prior to date of contract} (Revised 9/02~ Payment Bond Page 2 of 2 No 04g)467 I ICW GROUP Power of Attorney Insurance Company o[ Ihe We'sl Fhe Explorer Insurance Company Independence Casualiy and Surel), Company KNO~ 'Mh MEN BY IHESE PRESENTS: ~at [nst~rance ('ompany o~' the W~t. a Cor~ration duly tuganized under the laws of the Sla~e ofiCalifomia, ~e Explorer Insurance (ompanv. a C~wation duly organized under the laws ol'the Smtc ol Arizona, mid Indc~ndence (astta[ty and Sure~ Company, a Cor~mtion DIANN EISENtlAUEP~ R.M. LEE, MARY ELEEN MOORE , EEROY RYZA, KRISTI ROBERTS John [I Craig. Assistanl S~retary INSU [lANCE COMPANY OF THE WEST THE EXPLORER INSUILStNCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L Hannum. Executive Vice President ~' ss (oumy ol ,gan Diego (h~ Decempal q. 2003. bethre nra, Mary (obb. Nolary Public, personally appeared John L Hammm and John H. Craig, personally know~ to me to be the pt'rs.oils wbt~t~ nantes are stths~ribed to the within insm~menk and acknowledged Io me that they executed the same in their authorized capacities, and that by RESOLUTIONS ~Us Power ol \l~omey is granted mid is signed, sealed and notarized with I5. csirmle s~gnalures and seals under authority of the following resolutions adopted by Ihe respec[ive flfmrds of Directors of each olthe Companms: "RESOLVED: That the President. an Executive or Sc~lior Vice Presidenl of Ihe Company, together wilh the Secretary or any Assistant Secretary, are hereby authorized Io execule Powers oI'Altomcy appoin[ing ;he parsonls) named as Altomev(s) in Fact to date, execute, sign, seal md deliver on behalf of the Company. fideldv and surety bonds, undcrlakings, and other similar conlraets of sttretyship, and any related force and eft~ct as if rmnaally afhxed Thc Ihcsimilc representations rcfeTTed to hereto may be affixed by stamping, prinhng, typing, or IN WITNI SS WHEREOF, I bare set my hand this 29T}i day ol APRIL . 200 5 John ;I Craig, Assislant Secretary I.C.W. ~ROUP lnmranoe Company of The We~ The Exp|o~x ~nsuxanee Company Independence Ca~alty a~d Sm-et-y Company 114~6 ~ C-,,~-^ Raa~ Ba~ D~a, CA. ~1~ P.O. BOX ~, S~ ~, ~ ~1~ (~) ~ ~ (~) Bond Numbec. 2165499 Terrorism Risk Rider This Hd~r ~ the ~quL~meuts of the Terrorism Risk Insurance Act of 2002. In accordance with the above Act, we a~ p~viding ~ disclosure notice for aH bonds on which one or mote of the above idzntified companies ia a sm~ty. Coverage for certified acts of te. oHsm is included in the attached bond and will be partially reimbursed by the United Statos under a formula established by the Act. The United Stat~ will [my 90% of covm~d terrorism losses in exce~ of a statutory established deductible to the insurance company issuing the bond. In no way will the payment for loss on this bond exceed th~ limit of hnbRity undzr this bond. This rider does not provide coverage for any loss that would otherwise be excluded by the terms of thl, bond. The portion of the premium; for this bond, attributable to coverage for certified acts of tqrrorism under the Act is One Dollar ($1.00). Important Notice: The cost of terrorism coverage Is subject to change on any bond that premium Is charged annually. CITY OF CORPUS CHRISTI DISCLOSURE OF IHTERESTS City of Corpus ChrlsU Ordinance 17112, as amended, requires all persoas of ~mns seeking Io do business with the City provide the reviewing Information. Every queslJon must be answered, ff Bm quasUon is not applicable, answer with 'NA'. FIRM NAME ~CO~S~U~I~CO~PANY STREET: ~ 2725 x, ~ AD CITY; TNGT.P, RI~F, ZIP: 7B362 FIRM Is: 1. Corporation X 2. Parthership 3_ Sole Owner 4. AssodaUOn 5. Other DISCLOSURE QUESTIONS Ir edclilionai space is necessary, please use the reverse side of inis page of aUach separate sheeL 1. Stall the names of each "employes" of the Clly of Corpus Chrtaa having an "ownership Interest" co~lYmflng 3% or more of b~e ownership In the above named "firm". Name Job '~Ue and City Depamnent (if known) 2. State the names of each "official" of the City of Corpus Chrtatl having an 'ownorship inllrsst" constll.ulJng 3% or more of the ownership In IJle above named "firm". Name Title N/A State the names, of each "board member" of the City of Corpus Christi having an "ownership intarest" constituting 3% or more of t~e ownership In the above named "finn". Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus ChrlsU who worked on any matter mlatad to lJ~ subject of thIs contract and has an "ownership interest" conslitotlng 3% or mere of the ownership In the above named "firm". Name Consultant CERTIFICATE I cert~ that all JnformaUon provided is [rue and sen'ecl as of Ihe date of inis sla/emenl, [hal I have nol knowingly wllhheld disclosure of any information requested; and Ihal supplemental slatemenls will be promplly submitted to the City of Corpus Chdsll, Texas as changes occur. Certifying Person: .~PA] .7 ~AR~Emm Title: PRESIDEhV~ (Type o~ Print) Signature of Certifying Person: Date: MARCH 30, 2005 DEFINITIONS a. "Board Member'. A member of any beard, commLsslon or committee appointed by the City Council of the City of Corpus Chdstl. Texas. b. "Employee". Any person employed by the City of Corpus Chdsti, Texas, either on a tull or part lime basis, but nol as an independent co, b-actor. c. 'Firm". Any entity opera[od for economic gain, whether professional, industrial or commercial and whether eslablished to produce or deal with a product or service, Including but not limited 1o, entlUes operated In the form o! sole proprietorship, as serf-employed person, partnemhlp, corporat]on, Joint stock company, Joint venture, receivership or trust and entities which, for purposes of' Laxatton, are treated as non-profit organizations. d. "Official". The Mayor, members o1' the City Council, City Manager, Deputy City Manager, Assistant City Managers, DepaHa]el]l and Division Heads and Municipal Court Judges of Lhe City oi' Corpus Christi, Texas. "Ownership Interesl". Legal or equitable interest, whether actually or conslJ'uctively held, In a firm, Including when such interest Is held through an agent, trust, estate or holding an§ry. 'Constructively held' refers to holding or conb'ol established through voting trusts, proxies or special lerms or venture or partnership agreemenL~. f_ 'Consultant'. Any person or firm, such as engineers and architects, hired by t~e City of Corpus Christ] lor the purpose of prof'esslenal consultation and recommendation. PROPOSAL Page 9 of 9 Fro. m: B~rbara Schullz At: Swan~n~- & (~wdon FaxID: To Sylvia Dale: 5/IOr2005 01;3G PM Page: ACORD. mooucs~ Swantaer & ~ordon Ins. Agency P, O. Box 870 Cor~us Christi TX 78403-0870 Phone: 361-883-1711 Fax: $61-844-0101 Gazrett Constr~ctiou Con, any; Live OaJc Ma~erxals, Inc,; Garrett lgaxlne, Inc. P. O, ~ox 1028 Ingles/de TX 78362-1028 COVERAGES CERTIFICATE OF LIABILITY INSURANCE csR DS ~-3 os/so/os THIS CERTI~'ICAT E IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RJGHTS UPON THE CERTIRCATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERE AFFORDING COVERAGE I~U~ Znda~ntty Co~an~ Okl~ surety Co. Texas ~tual Insurance Co. A ~C X CO~LC,~h~L~ 04~L000556404 07/26/04 07/26/05 C X X ~¥~o 06TX002906463 07/26/04 01/26/04 N~I~026642/ NMC# TSF00010B05~ 07/26/04 QT660492D2735 07/26/04 07/26/05 07/26/05 ,,c.,~-c~m ~ 1 ?000,000 07/26/05 ELEAE~ .a¢::~'~ $500000 0~/28/05 $2500 $250000 PROJECT NO: 6257 County ~ad 52 (East) Improvements Tho City of Corpua Chxtstt ~ud Bass & Welsh Engineering are named as Add/ttonal Y.n~u.t:edl on all ~eneral Llablllt~ and all Automobile L£abtltt~ CERTI~tCATE HOtDER ACORD 25 (2001,~8) RATION 1~8 IMPORTANT Irthe certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement o~ this certificate does not confer dghts to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, cedaln policies may require an endorsement. A statement on this certificate does not co~rer dghts to the certificate holder In lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does no/constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, no*' does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORn 25 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY d/ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifie~ insurance provided under the following: ] COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469-9277 SCHEDULE (If no chivy appears above, h:fformation requu'ed to complete this endorsement will be shown m the Decimation as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Named Insured: Garrett Cons~'uction Company Policy Number: 04GL000556404 ~ Effective Da~e of This Endorsement: Authorized Representative: Name (Priated): Title (Prinled): 07/26/04 R. M. Lee Managing Partner AI~FACHMENT 2 GL20 10 11 85 1 OF2 TE 99 0lB ADDITIONAL INSURED Tiffs endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below~ Policy Number 06TX002906463 W~ Countersigned by Endorsement Effective 07/26/04 v/ Named Insured Garre~ Construction Company (Authorized Representative) The provisions and exclusions thai apply to LIABILITY COVEIL~.GE also apply to this endorsement. Additional Insured: City of Corpus Christi j Dept. Of Engineering Services Attn: Contract Adminls~'al~or P. O. Box 9277 Corpus Christi, TX 78469-9277 is aa insured, but only with respect to legal responsibility for acts or omissions ora person for whom Liability Coverage is afforded under this policy. The additional Insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dimdend, if applicable, declared by us shall be paid to you. You arc authorized to act for the additional Insured in all matters pertaining to this insurance. We wall mail the additional insured notice of any cancellation of this pohcy. If the cancellation is by us, we will give ten day~ notice to the additional Insured. The additional insured will retain any right of recovery as a claUnunt under this po[icy. FORM TE 99 0lB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Pre'scribed by March 19, 1992 ATTACHMENT 2 2OF2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ FY CAREFULLY TEXAS CI:IANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CBANGE This endorsement modifies insurance prox4ded under the following: COMMERCIAL GENE1LAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART 1LAILROAD PROTECTIVE LIABILITY COVERAGE PART in the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, we agree to maid prior written notice of cancellatiun or material change to: City of Corpus Christi Dept. Of Engineering Services A~n: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30) Named insured: Policy Numben Gan-eR Construction Company 04GL000556404 v~ Effective Dale of This Endorsement: 07/26/04 Authorized Representative: ~ fi/ Name (Printed): R.M. Lee Title (Printed): Managing Partner ATrAL-~VIENT 3 CG020~ (11/85) 1 OF3 CAJNCELLAT1ON PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: // BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM TE 02 02A Endorsement Effective 07/26/04 ¢/ Named Insured Garretl Construction Company This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Policy Number 06TX002906463 Countersigned by ~ (Authorized Represenlative) v/THIRTY (30) days before this policy is canceled or materially changed to reduce or reslrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Atl~: Con,'act Adminislrator P. O. ~oi 9277 Corpus Christi, TX 78~169-9277 Name (Printed): lk M. Le~ Tide ('Printed): Managtng Partner FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Teaas Standard Automobile Endorsement Prescribed November 1, 1987 ATYACIII~ENT 3 2 OF3 WORKERS COMPENSATION AND EMPLOYERS LIABEL1TY II~SURANCE POLICY WC 42 06 01 (ED. 7-85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or orgamzafion named in the Schedule. The number o£days advance notice is shown in the Schedule. This endorsement shall not operate dh-ectly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 30 ~ 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services At'tn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469-9277 Schedule This endorsement changes the policy to which it is at~tached and is effective on the date issued unless otherwise stated. (The in.formation below is require, el only when this endorsemem is issued subsequent to pmparatinn of the policy.) Endorsement Effective: 07/26/04 ~.~ Policy No. Insured Garrett Cons'txuction Company ~ Insurance Company Texas Mutunl Insurance Co WC 420601 TSF0001080533 Countersigned By: Name (Printed): Endorsement No. (Ed. %84) Title (Printed): Managing Partner ATTACHMENT 3 3 OF3 GENERAL ENDORSEMENT